BIDDING DOCUMENTS FOR THE PURCHASE OF PARTS OF …

25
Page 1 of 25 BIDDING DOCUMENTS FOR THE PURCHASE OF PARTS OF HAEMO DIALYSIS MACHINE FOR REPAIR MACHINE OF OLD DIALYSIS UNIT FOR NISHTAR HOSPITAL MULTAN FOR THE FINANCIAL YEAR 2021-22. Tender Price Rs. 2000/- (Non-refundable) Earnest Money Rs.2% of total estimated Value(in shape of call deposit) of the tender / Offer. SCHEDULE OF INVITATION OF ADVERTISED TENDER. Selling date: upto 13-08-2021 Date & Time of receipt of tender 16-08-2021 at 10:30 A. M. Date & Time of opening: 16-08-2021 at 11:00 A.M. TERMS & CONDITIONS OF THE TENDER: 1. The sole agent/importer/authorized dealers/govt. Suppliers/distributor shall have to produce valid letter of authorization and in case of local manufacturers, documents proof including manufacturing license and registration certificate (where applicable), to the effect that they are the original manufacturer of the required specifications of goods, shall have to be provided. 2. The sealed bids are invited from the firms having established credentials in terms of Technical, Financial and Managerial capabilities and having registered with sales & income tax departments for the Purchase the Parts of Dialysis Unit for Repair of Old Dialysis Unit NIPRO Dialysis Model: Surdial 55 Plus Serial Number: 15Cx2726 for the financial year 2021-22 on the basis of free delivery to consignee end. PURCHASE OF PARTS OF HAEMO DIALYSIS MACHINE FOR REPAIR MACHINE OF OLD DIALYSIS UNIT. Unit Model: Surdial 55 Plus Serial Number: 15Cx2726:- Sr. No Name of items Specifications Qty Total Estimated Cost in Rupees 1. I/O Board As per Sample 01 265,000/-

Transcript of BIDDING DOCUMENTS FOR THE PURCHASE OF PARTS OF …

Page 1 of 25

BIDDING DOCUMENTS FOR THE PURCHASE OF PARTS OF HAEMO DIALYSIS MACHINE FOR REPAIR MACHINE OF OLD DIALYSIS UNIT FOR NISHTAR HOSPITAL MULTAN FOR THE

FINANCIAL YEAR 2021-22.

Tender Price Rs. 2000/- (Non-refundable) Earnest Money Rs.2% of total estimated Value(in shape of call deposit) of the tender / Offer. SCHEDULE OF INVITATION OF ADVERTISED TENDER.

Selling date: upto 13-08-2021 Date & Time of receipt of tender 16-08-2021 at 10:30 A. M. Date & Time of opening: 16-08-2021 at 11:00 A.M. TERMS & CONDITIONS OF THE TENDER: 1. The sole agent/importer/authorized dealers/govt. Suppliers/distributor

shall have to produce valid letter of authorization and in case of local manufacturers, documents proof including manufacturing license and registration certificate (where applicable), to the effect that they are the original manufacturer of the required specifications of goods, shall have to be provided.

2. The sealed bids are invited from the firms having established

credentials in terms of Technical, Financial and Managerial capabilities and having registered with sales & income tax departments for the Purchase the Parts of Dialysis Unit for Repair of Old Dialysis Unit NIPRO Dialysis Model: Surdial 55 Plus Serial Number: 15Cx2726 for the financial year 2021-22 on the basis of free delivery to consignee end.

PURCHASE OF PARTS OF HAEMO DIALYSIS MACHINE FOR

REPAIR MACHINE OF OLD DIALYSIS UNIT.

Unit Model: Surdial 55 Plus Serial Number: 15Cx2726:-

Sr.

No

Name of items Specifications Qty

Total Estimated

Cost in Rupees

1. I/O Board As per Sample 01 265,000/-

Page 2 of 25

2. Air Bubble detector As per Sample 01 115,000/-

3. Blood Pump Rotor As per Sample 01 75,000/-

4. Pumps (P1 & P2) As per Sample 01 240,000/-

5. Dialyzer Connector As per Sample 02 32,000/-

6. Dialyzer holder As per Sample 02 5,000/-

Total Estimated Cost in Rupees 732,000/-

3. Single stage two envelop procedure will be adopted as per PPRA Rules 2014. The contractor will be bound to submit two envelopes comprising a single package containing two separate envelopes. Each envelope shall contain separately the Financial Proposal and the Technical Proposal.

4. The envelopes shall be marked as “FINANCIAL PROPOSAL” and

“TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopes shall be addressed to Medical Superintendent, Nishtar Hospital, Multan. The inner envelope shall also indicate the name and address of the contractor to enable the quotation to be returned unopened in case it is declared as “non-responsive’ or late”. If the outer as well as inner envelope is not sealed and marked as required by the instructions to the contractor / firm, the purchase committee will have no responsibility for the quotation / offer misplacement or premature opening.

5. Initially, the technical proposals will be opened by the purchase

committee in the presence of bidders or their representatives (if available), the envelopes marked “FINANCIAL PROPOSAL” will be retained under the custody of purchase section without being opened.

6. The contractor will be bound to provide the following documents with tender for the evaluation of technical bid.

i. Photocopy of C.N.I.C.

Page 3 of 25

ii. Copy of Sales Tax and Income Tax Certificates.

iii. Affidavit that the firm was / is not black listed from any Govt. Institution.

iv. Authority letter of the firm. v. Past Experience vi. Business Profile vii. Govt. supplier (if applicable).

7. The financial proposal of quotations / offers found technically non-

responsive shall be returned un-opened to the respective contractors / firms on request.

8. All assessments and procuring procedures i.e. receiving, opening,

awarding of contract etc. shall be governed by the Punjab Procurement Rules 2014.(amended upto date)

9. The contractors are requested to give their best and final prices since, as far possible. However, in exceptional circumstances i.e. exorbitant quoted rates than the prevailing market rates, the negotiation in such cases may be considered by the purchase committee of this institution with the lowest evaluated firm. The purchase committee reserves the rights to accept or reject any or all quotations / offers on assigning the valid reason or in public interest.

10. The offer found to be the lowest evaluated will be accepted. 11. The firm / bidder / contractor are required to quote / offer the same

rates for items of same nature and specifications. 12. Failure to furnish all information required by the tender documents

or to submit an offer not substantially responsive to the quotations documents in every respect shall be at the firm’s risk and may result in the rejection of its offer.

13. While tendering the quotations, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained later on.

14. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof will be provided by the contractor / firm in the tender.

15. The contractor will submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not blacklisted on any ground by any Government (Federal / Provincial /District), a local body or a Public Sector Organization. The contractor shall be debarred from offer on account of submission of false statement.

Page 4 of 25

16. The contractor should have minimum one-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the one year. Documentary proof shall have to be provided in this regard (if possible).

17. The contractor is required to provide with the Technical Proposal, the name of item(s) for which they have quoted their rates in the Financial Proposals. The bidders/firms are bound to offer/quote the items both in technical & financial bids as per specifications given in the tender list.

18. If the quotation / offer / tender received after the due date and time, it will be rejected and returned unopened to the contractor.

19. Any offer not fulfilling the tender enquiry shall straight away be ignored.

20. Offer of the firm should be quoted both in words and figures. NO OFFER SHALL BE CONSIDERED IF:

- Received after the time and date fixed for its receipt. - The tender is unsigned. - The offer is ambiguous. - The offer is conditional. - The offer is from a firm black listed by any Govt. authority. - The offer is received by telegram/fax. - The offer received with shorter validity than required in the

tender enquiry. 21. The tender committee reserves the right for acceptance / rejection

of any tender / quotation or its part without assigning reason. 22. The authority of this institution reserves the right to increase or

decrease the quantity of any item.

23. Income Tax will be deducted as per rules.

24. The tender must be submitted under sealed cover and addressed to the Medical Superintendent, Nishtar Hospital, Multan. The tender must be signed on each paper by the authorized person of the firm. The bid/ tender must be page marked and the number of total pages of bid must be written on the face of envelop.

25. In case of any disagreement and dispute, the decision of the authority would be final.

26. The contractor will be bound to supply the store within the schedule / period as specified in each supply order. In case of non

Page 5 of 25

supply, the risk purchase will be made. In emergency situation the contractor will be bound to supply the store within 24 hours. The firm will not stop the supply of the demanded store with the plea of pending claimable bills / payment for the smooth running of the hospital.

27. Partial supply shall be accepted. However, the payment will be made after receipt of complete supply and clearance by the inspection committee of this institution.

28. 100% payment will be made through cheque on the verification of supplied store material / inspection by the inspection committee of this institution.

29. The rates quoted by the contactor will remain valid till the expiry of contract period i.e.30-06-2022.

30. The supplied stores will be inspected by the inspection committee. If the inspection committee rejects any item / all items, the contractor will be bound to replace the same as per demand / specifications and the samples.

31. In case of substandard supply, the contractor will be bound to replace the store immediately without any additional charges.

32. The contractor will be bound to submit the judicial paper worth Rs. 100/- for acceptance of terms & conditions of the tender as well as contract, failing which the contract order may be considered as cancelled. The firm will be bound to give a certificate on judicial paper worth Rs. 100/- to the effect that the rates are not more than the rates charged from any Govt. Institution in the province and in case of any discrepancies, the firm will be bound to refund the amount charged in excess.

33. This tender form should be signed for acceptance of terms and conditions by the tenderer and submitted along with the quotation on the letter head pad of the respective firm.

34. The supplier must be bound to provide the store / item as per tender specifications as mentioned in the tender enquiry as well as in supply order. The rates offered in the financial bid must be typed and computerized.

35. If the contractor fails to supply the store within prescribed period, 2% L. D. charges will be deducted as per Govt. rules.

36. The successful contractor will be bound to comply with all the terms and conditions mentioned in the tender as well as contract order.

37. Any erasing/cutting/crossing etc. appeared in the offer must be properly signed by the person signing the tender. Moreover, all the pages of the tender must also be properly signed.

Page 6 of 25

38. The tender must be signed on each paper by the authorized person of the firm. The bid/ tender must be page marked and the number of total pages of bid must be written on the face of envelop.

39. The bid security @ 2% of estimated value of tender/ offer in shape of call deposit in favor of Medical Superintendent, Nishtar Hospital, Multan must be attached with the tender otherwise the tender will not be entertained.

40. All the documents must be in computerized. 41. The firm will be bound to quote / offer the item/items with complete

specifications, failing which item will not be considered. The quoted / offered items must be same in the technical as well as financial offers / bids failing which the offer will be straight away rejected.

42. The firm / firms are required to submit the claimable bill / bills of the supplied store after the inspection of the store within one week, so that payment may be made well in time during the same financial year. In case of non compliance or any delay in this regard the concerned firm will be held responsible.

43. The successful firm will be bound to provide 5% performance guarantee of the total value of each supply order in shape of call deposit along with each bill.

44. Technical Evaluation Criteria 44.1 The bids conforming to the specifications and pre-requisite

conditions indicated with specification of each item will be considered for further technical evaluation.

44.2 Bidders are required to submit the following information in

the following format alongwith documentary evidence as under:-

a) Profile of the Bidder

Sr. # Particulars

1. Company’s Profile

2. Name of the company

3. Registered Office

Address

Office Telephone Number

Fax Number

4. Contact Person

Name

Page 7 of 25

Personal Telephone Number

Email Address

5. Local Office if any

Address

Office Telephone Number

Fax Number

6. Bid Signing Authority

Name

Address

Personal Telephone Number

Email Address

Please enclose Authorization or power of Attorney to sign and submit the Bidding

7. Address for communication under the current bidding

8. Registration Details

NTN Registration Number

GST Registration Number

Banker’s Name, Address and Account Numbers

b) Bid Security

Sr. # Particulars Please furnish details

1. Name of the Bank

2. CDR

3. Date

c) Details of Balance Sheet (Last Three Years)

Sr. # Audited Balance Sheets

1.

2.

3.

4. Please enclose audited annual balance sheets

d) Details of Income Tax (Last Three Years)

Page 8 of 25

Page 9 of 25

BIDDING DOCUMENTSFOR THE REPAIR OF ECG MACHINES FOR

NISHTAR HOSPITAL, MULTAN FOR THE FINANCIAL YEAR 2021-22.

ADVERTISED TENDER ENQUIRY

Tender Price Rs. 2000/- (Non-refundable)

Earnest Money 2% of estimated cost of tender (in shape of call

deposit.)

Estimated cost of tender Rs.265,000 /-

SCHEDULE OF INVITATION OF ADVERTISED TENDER.

Selling date: upto 13-08-2021

Date & Time: receipt of tenders 16-08-2021 at 10:30 AM

Date & Time of opening: 16-08-2021 at 11:00 PM

1. REPAIR OF ECG MACHINES:-

Sr.

No.

Name of item Specification Qty

Total

Estimated

Cost in

Rupees

1. ECG Machine Thermal

Head

Model 90/

S/N 16040088

01

No.

Rs.40,000/-

2. Replacing of ECG Machine

Printing Head Assembly

Model Kalamed 03

Nos.

Rs.225,000/-

Total Estimated Cost in Rupees. Rs.265,000/-

TERMS AND CONDITIONS:-

Page 10 of 25

1. The sole agent/importer/authorized dealers/govt. Suppliers/distributor shall have to produce valid letter of authorization and in case of local manufacturers, documents proof including manufacturing license and registration certificate (where applicable), to the effect that they are the original manufacturer of the required specifications of goods, shall have to be provided.

2. Sealed bids are invited from the reputed firms, with established credential in terms of technical, financial and managerial capabilities and registered with income & sale tax departments for the repair of above mentioned ECG Machines.

3. Single stage two envelops bidding procedure shall be applied. The envelopes shall be marked as financial proposal and technical proposal in bold and legible letters. Financial proposal of the bids found technically non-responsive will be returned unopened to the respective bidders.

4. The sealed bids are required to be brought in person by the authorized representative of the interested bidders on the proposed dates and to be submitted in Medical Superintendent Office by the closing time. The late arrivals and bids sent by post will not be entertained. The tenders will be opened by the tender committee in the presence of the bidders or their authorized bidders (who choose to be present) in the Committee Room of Nishtar Hospital, Multan.

5. Offer of the firm should be quoted in rates & figures. 6. Any offer not received as per terms and conditions of the tender

enquiry is liable to be ignored. 7. The offer must be in Pak Rupees. 8. The firm will be bound to deposit bid security @ 2% of estimated

cost of tender. 9. Technical Evaluation Criteria

i. Photocopy of N.I.C. ii. Copy of Sales Tax and Income Tax Certificates. iii. Submission of original receipt of purchase of tender. iv. 2% of Call Deposit (Photocopy with technical &

original financial with bid)

Page 11 of 25

v. Affidavit that the firm was / is not black listed from any Govt. Institution.

vi. Past Experience

VII.1 For evaluation of bids KNOCKED DOWN CRITERIA will

be applied.

VII.2 Submission of guarantee and warranty Period if prob. or

purchase.

VII.3 The firms shall also declare the make, model, country of

origin of all accessories to be replaced with new one of the

ECG Machines.

VII.4 An affidavit from bidders shall be submitted on stamp

paper of Rs.100/- stating that their firm (s) has never been

blacklisted by any of the Federal and Provincial

Government or organizations of the State/ Central

Government in Pakistan in the past three years.

VII.5 Bidders are required to submit the following information in

the following format along with documentary evidence as

under:-

a) Profile of the Bidder

Sr. # Particulars

1. Name of the company

2. Registered Office

Address

Office Telephone Number

Fax Number

3. Contact Person

Page 12 of 25

Name

Personal Telephone Number

Email Address

4. Local Office if any

Address

Office Telephone Number

Fax Number

5. Bid Signing Authority

Name

Address

Personal Telephone Number

Email Address

Please enclose

Authorization or power of

Attorney to sign and submit

the Bidding

6. Address for communication

under the current bidding

7. Registration Details

NTN Certificate

GST Certificate

Bank Name, Address and

Account Number (please

enclose the bank statement)

b) Bid Security

Page 13 of 25

Sr. # Particulars Please furnish details

1. Name of the Bank

2. CDR

3. Date

c)Audited Details of Balance Sheet (Last Three Years)

Sr. # Balance Sheets

1.

2.

3.

4. Please enclose audited

annual balance sheets

d) Details of Income Tax Return (Last Three Years)

Sr. # Years

1.

2.

3.

4. Please enclose Income Tax

Returns

e) Details about Annual Turnover (Last Three Years)

Sr. # Years

1.

2.

3.

Page 14 of 25

10. The payment will be made through cheque which will be issued by the Medical Superintendent Nishtar Hospital Multan, Multan on production of satisfactory repair report / certification from the Head of Cordiology Department as well as inspection committee, Nishtar Hospital, Multan.

11. The successful firm will be bound to deposit 5% performance guarantee in shape of call deposit issued by any scheduled bank in the name of Medical Superintendent Nishtar Hospital Multan, Multan along with each claimable bill.

12. The firm will be bound to replace the brand new parts after proper entry into the stock register of the store and duly checked & verified by Bio Medical Engineer of this hospital prior to be replaced/ installed in the relevant equipment.

13. The envelopes must be properly sealed.

14. In case the offer is withdrawn, amended or revised during the validity period of the offer, the earnest money is liable to be forfeited.

15. The Medical Superintendent, Nishtar Hospital, Multan reserves the right to claim compensation for the loss caused by the delay or damage during repair process.

16. Tenders should be addressed to the Medical Superintendent Nishtar Hospital, Multan.

17. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised offer after the opening the tenders shall be entertained.

18. Tenderer should indicate in their tenders, the complete address of office as well as workshop.

Page 15 of 25

19. Any erasing/cutting/crossing etc. appearing in the offer must be properly signed & Stamped by the person signing the tender. Moreover, all pages of the tender must also be properly signed, offers with any over-writing shall in no circumstances be accepted.

20. The firm quoting the rates must be registered with the Income Tax Department and Sales Tax Department.

21. All rates must be quoted including Sales Tax. 22. Any offer not fulfilling any terms and condition shall be straight

way rejected. 23. Offer of the firm quoting rate should be both in words / figures. 24. The firm must have past performance in the relevant field. The

certificate must be attached to this effect.

25. NO OFFER SHALL BE CONSIDERED IF: i. It is received after the time and date fixed for its receipt. ii. The tender is unsigned.

iii. The offer is ambiguous. iv. The offer is conditional.

v. The offer is from a firm black listed by any Govt. authority.

vi. The offer is received by the telegram/fax.

vii. The offer is received with shorter validity than required in the

tender enquiry.

viii. The offer is received without registration of sales tax and income tax.

ix. The offer is received without call deposit already mentioned in the tender advertisement.

26. The firms shall be bound to hand over the part or parts replaced, to the concerned department under proper report and detail of entry of such parts in breakage book.

27. Tender form should be signed for acceptance of terms and conditions by the tenderer and submit along with quotation.

28. The contract is subject to agreement in writing on judicial paper worth Rs. 100/-. It should be made within 07 days after the

Page 16 of 25

finalization of tender. In case of failure the contract may be cancelled and call deposit / security will be forfeited.

29. The firm shall pay the income tax as prescribed by the Government and all other taxes levied during their contract period, will also be paid by the firm. The contract will be inclusive all taxes.

30. The firm shall be bound to complete the of ECG Machines inside the hospital premises. If any part is needed to take outside hospital premises for repair work it should be done only with prior permission from the authority.

31. Call deposit / security will be released after the expiry of contract period.

32. In case of violation of any terms and conditions of the contract / agreement the call deposit / security will be forfeited and the firm will be blacklisted.

33. In case of any dispute and violation of aforesaid clause of the agreement the decision of the Medical Superintendent Nishtar Hospital Multan, Multan will be final and will not be challenged in any court of Law.

34. The firm will be bound to repair, ECG Machines within prescribed period according to the satisfaction of the of End User & Bio Medical Engineer , failing which 2% L.D. will be deducted as per rule.

35. Old part / parts will be handed over to the Bio Medical Engineer proper receipt.

36. The firm will be bound to make the ECG Machines fully functional according to the satisfaction of the Head of Cardiology and Bio Medical Engineer Department, failing which payment will not be made.

37. At the time of end of the contract, the firm will be bound to hand over the whole machinery in full working condition, otherwise, the

Page 17 of 25

Page 18 of 25

BIDDING DOCUMENTS FOR THE PURCHASE OF FIRE EXTINGUISHER CYLINDERS NEW REFILL IN ALL WARDS FOR NISHTAR MEDICAL UNIVERSITY & HOSPITAL,

MULTAN FOR THE FINANCIAL YEAR 2021-2022.

ADVERTISED TENDER ENQUIRY

Tender Price Rs. 2000/- (Non-refundable) Earnest Money Rs. 2% of estimated Value(in shape of call deposit CDR) of the tender offer. SCHEDULE OF INVITATION OF ADVERTISED TENDER

Selling date upto: 13-08-2021 Time receipt of tenders: 16-08-2021 at 11:00 A.M. Date & Time of opening: 16-08-2021 at 11:30 A.M.

Purchase of Fire Extinguisher Cylinders:-

Sr.

No.

Name of item Specifications Qty

Total

Estimated

Cost in

Rupees

1. Fire Extinguisher Co2 (03 kg) 95 Nos. 71,250/-

2. Fire Extinguisher Co2 (05 kg) 68 Nos. 85,000/-

3. Fire Extinguisher DCP (06 kg) 98 Nos. 73,500/-

4. Fire Extinguisher DCP (02 kg) 06 Nos. 2,250/-

5. Fire Extinguisher Soda Acid

(10Liters)

40 Nos. 22,600/-

6. Fire Extinguisher Halotron (04 kg) 04 Nos. 30,000/-

7. Fire Extinguisher Halotron (04 kg) 02 Nos. 22,500/-

Total Estimated Cost in Rupees. 307,100/-

TERMS & CONDITIONS OF THE TENDER: 1. The sealed bids are invited from the firms having established

credentials in terms of Technical, Financial and Managerial

Page 19 of 25

capabilities and having registered with sales & income tax departments for the frame work contract for Purchase of Fire

Extinguisher Cylinder New Refill in all wards for the financial year 2021-22 on the basis of free delivery to consignee end.

2. The single stage two envelopes procedure will be adopted. The bidder will be bound to submit one sealed envelope containing two separate envelopes. Each envelope shall contain separately the Financial Proposal and the Technical Proposal.

3. The envelopes shall be marked as "FINANCIAL PROPOSAL" and "TECHNICAL PROPOSAL" in bold and legible letters to avoid confusion. The inner and outer envelopes shall be addressed to Medical Superintendent, Nishtar Hospital, Multan. The inner envelope shall also indicate the name and address of the bidders to enable the quotation to be returned unopened in case it is declared as "non-responsive' or late". If the outer as well as inner envelope is not sealed and marked as required by the instructions to the bidder / firm, the purchase committee will assume non responsibility for the quotation / offer misplacement or premature opening. Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder.

4. Initially, the envelope containing technical proposal will be opened by the purchase committee of this institution in presence of bidder or their authorized representatives. (Who choose to be present).

5. The envelope marked "FINANCIAL PROPOSAL" will be retained under the custody of procuring agency without being opened and till completion of the evaluation process.

6. During the technical evaluation, no amendments in the technical proposal shall be permitted. All the relevant documents must be attached with the Technical Proposal.

7. The financial proposal of quotations / offers found technically non-responsive shall be returned un- opened to the respective bidders / firms.

8. The bidders are requested to give their best and final prices since, as far as possible; there will be no negotiation on the prices. However, in exceptional circumstances i.e. exorbitant quoted rates than the prevailing market rates, the negotiation in such cases may be

Page 20 of 25

considered by the purchase committee of this institution with the lowest evaluated firm. The purchase committee reserves the rights to accept or reject any or all quotations / offers on assigning the valid reason or in public interest.

9. The offer found to be the lowest evaluated will be accepted.

10. The bidders are required to quote the prices in Pak Rupees.

11. Failure to furnish all information required by the tender documents or to submit a offer not substantially responsive to the quotations documents in every respect shall be at the firm’s risk and may result in the rejection of its offer.

12. Offer will remain valid for the financial year 2021-2022 from the date of opening of the tender till the expiry of contract period.

13. In case of non supply of the General Store items, etc. as per demand / consumption of the hospital, the risk purchase will be made at the risk & cost of the firm on the prevailing market rates and the payment will be made from the claimable bill/security /CDR of the firm what so ever may be available.

14. The firms are required to offer competitive prices. All prices should be exclusive / without General Sales Tax (GST).

15. While tendering the quotations, the present trend / inflation in the

rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained later on.

16. In case the offer is with-drawn, amended or revised during the validity period of the offer, the earnest money is liable to be forfeited.

17. In the light of section 22(A)(b) of Schedule-I of Stamp Duty Act 1899 read with Finance Act 1995 (Act VI of 1995), the firm will pay stamp duty @ 25 paisa for every one hundred rupees or part thereof of the amount of the contract.

18. National Tax Number (NTN) and General Sales Tax Number (GST)

with documentary proof will be provided by the bidder / firm in the tender otherwise it will not be considered for further process.

Page 21 of 25

19. The bidder should have minimum one-year experience of sale/supply of General Store items, etc. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be provided in this regard.

20. The bidder is required to provide with the Technical Proposal, the name of item(s) for which they have quoted their rates in the Financial Proposals. The bidders/firms are bound to offer/quote the items both in technical & financial bids as per specifications given in the tender list failing which the item will not be considered for further process.

21. Offer of the firm without quoting rates both in words and figures shall be rejected.

22. The tender must be signed and stamped on each paper by the authorized person of the firm. The bid/ tender must be page marked and the number of total pages of bid must be written on the face of envelop.

23. NO OFFER SHALL BE CONSIDERED IF: - It is received after the date and time fixed for its receipt. - The tender is unsigned. - The offer is ambiguous. - The offer is from a black listed firm by Govt. authority. - The offer is received through fax/telegram. - The offer is conditional. - The offer received with shorter validity time period than

required in tender enquiry. 24. In case, the bidder fails to execute the contractual obligations

strictly in accordance with the terms and conditions laid down in the tender and supply order within stipulated period, the earnest money deposited by him may be forfeited and offer may be made to the next lowest bidder.

25. The firm will be bound to provide the sample/samples of the quoted items to the concerned store keeper as per requirement.

26. The bid security @ 2% of total estimated value of offer / tender in shape of call deposit (CDR) in favor of Medical Superintendent, Nishtar Hospital, Multan must be attached with the tender otherwise the tender will not be entertained.

Page 22 of 25

27. All taxes will be deducted as per instructions and rates prescribed by the Govt.

28. In case of provision of substandard material, the firm will be bound to replace the store at his own risk and cost and no additional charges will be paid to the firm.

29. Call deposit submitted by the tenderer whose offer is not accepted will be refunded after the award of the contract to the successful firm.

30. Any erasing/cutting/crossing etc. appeared in the offer must be properly signed and stamped by the person signing the tender. Moreover, all the pages of the tender must also be properly signed. The rates quoted in the financial bids must be typed and computerized.

31. The authority reserves the right to increase or decrease the quantity of any item at the time of issuance of the supply order.

32. Partial supply shall be accepted. However, the payment will be

made after receipt of complete supply and clearance by the inspection committee.

33. Call deposit (CDR) will be refunded after the expiry of contract period and satisfactory report of the enduser department / Addl. Medical Superintendent (Concerned Store).

34. 100% payment will be made through cheque on the verification of supplied material / inspection by the inspection committee of this institution.

35. The contactor will be bound to supply the items within stipulated period/schedule as specified in each supply order. If the bidder fails to supply within the specified period, 2% L.D. will be deduced as per rule and risk purchase will be made at the cost of the bidder. The amount will be deducted from his claimable bills. The firm will not stop the supply of the demanded store with the plea of pending claimable bills / payment for the smooth running of the hospital.

36. The firm / firms are required to submit the claimable bill / bills of the supplied store after the inspection of the store within one week, so that payment may be made well in time during the same financial

Page 23 of 25

year. In case of non compliance or any delay in this regard the concerned firm will be held responsible.

37. The supplied stores will be inspected by the inspection committee according to samples (where necessary). If the inspection committee rejects any item / all items, the contractor will be bound to replace the same as per demand / specifications and the samples at the firm’s cost.

38. The successful firm will be bound to provide 5% performance guarantee of the total value of each supply order in shape of call deposit along with each bill. The same will be released after satisfactory report by the Addl. Medical Superintendent / Incharge of the concerned store.

39. Technical Evaluation Criteria 40.1 The contractor will be bound to provide the following

documents with tender for the evaluation of technical bid. i. Photocopy of N.I.C. ii. Copy of Sales Tax and Income Tax

Certificates. iii. Call deposit receipt (photo copy attached

with technical bid and original with financial)

iv. Valid Authorized Certificate. v. Past Experience vi. Business Profile vii. An affidavit from bidders shall be submitted on stamp

paper of Rs.100/- stating that their firm (s) has never been blacklisted by any Govt. (Federal /Provincial /district a local body or public sector organization past three years.

viii. The firm will be bound to give a certificate on judicial paper worth Rs. 100/- to the effect that the rates are not more than the rates charged from any Govt. Institution in the province and in case of any discrepancies, the firm will be bound to refund the amount charged in excess.

40.2 For evaluation of bids KNOCKED DOWN CRITERIA will be applied. The bids conforming to the specifications and pre-requisite conditions indicated with specification of each item will be considered for further technical evaluation. For technical evaluation the clause No.6 of this

Page 24 of 25

tender will also apply. 40.3 Bidders are required to submit the following information in the

following format alongwith documentary evidence as under:-

a) Profile of the Bidder

Sr. # Particulars

1. Company’s Profile

2. Name of the company

3. Registered Office

Address

Office Telephone Number

Fax Number

4. Contact Person

Name

Personal Telephone Number

Email Address

5. Local Office if any

Address

Office Telephone Number

Fax Number

6. Bid Signing Authority

Name

Address

Personal Telephone Number

Email Address

Please enclose Authorization or power of Attorney to sign and submit the Bidding

7. Address for communication under the current bidding

8. Registration Details

Income Tax Registration

Sales Tax Registration

Banks Name, Address and Account Numbers (please enclose the bank statement)

b) Bid Security

Sr. # Particulars Please furnish details

Page 25 of 25